HomeMy WebLinkAbout42-99 RESOLUTION•
RESOLUTION NO t, 2_99
A RESOLUTION AWARDING BID NO. 99-30, IN THE AMOUNT
OF $33,079, TO FRANKLIN & SONS, FOR THE RE -ROOFING
OF THE CITY ADMINISTRATION BUILDING ROOF; AND
APPROVAL OF A 10% CONTINGENCY.
BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE,
ARKANSAS*
Section 1 That the City Council hereby awards Bid No. 99-30, in the amount of
$33,079, to Franklin & Sons, for the re -roofing of the City Administration Building roof; and
approving a 10% contingency. A copy of the bid tabulation is attached hereto marked Exhibit "A"
and made a part hereof.
PASSED AND APPROVED this 23`1 day of March , 1999.
APPROVED.
By.
F d Hanna, Mayor
ATTEST:
By:
Heather Woodruff, City Cler
ADMINISTRATION BUILDING
DESCRIPTION
•
.FRANKLIN & SON
HARNESS ROOFING
ROOFING SYSTEMS
•
CERTIFIED
• • •
INVITATION TO BID
..
BID #
99-30
DATE ISSUED:
February 8 1999
DATE
_
AND
—REQUIRED:-
February
TIME
dr
015ENING:
22,
1999
at 11:00 a.m.
—BUTER- -
City of FAyetteville,
- 'DATE
AR As scheduled
-- -
by Project Manager
—GUARANTEED
r.
Fayetteville,
0.
B.
AR
BUYER'S
(5_pi)
PHONETI—T
575-8289 30
Days
DELIVERY DATE:
-
ITEM
#
DESCRIPTION 1 QUANTITY
UNIT PRICE 1
TOTAL
PER
Re
ATTACHED SPECIFICATION
City Administration
1
33,079.00
1
roof
as specified
SUBCONTBACT_QRS:
Franklin
RA Son,
Inc.
Mandatory
100% Performance
Bond required
$20,000
to proceed
Project Manager
site visit
at 575-8361
5% BID
WITH BIDS
CONTRACTOR'S
0029380399
Pre -Bid Conference at
& Payment
on contracts of
or more before notice
is given.
to contact for
is Mr. Harold Dahlinger
BOND REQUIRED
SUBMITTED OVER $20,000.
LICENSE#
10:00 on 2/11199
in City Admin. #326
Mandatory on
RESTRICTIONS
TO THE BID
bids $20,000
OR EXCEPTIONS
MUST BE
I
or more.
NOTED:
I
Upon signing
requirements
conditions,
furnish
this
set
and
these articles
Bid, the
forth
pertinent
at
in
bidder certifies
this bid proposal,
information
the prices stated.
EXECUTION
regarding
OF BID
that they have read and agree to the
including specifications, terms and standard
the articles being bid on, and agree to
UNSIGNED
BIDS
NAME OF FIRM:
Franklin 81 Son, INc.
PHONE: 1FEDERAL ID#
267-5544 I 71-0461598
WILL BE
REJECTED
BUSINESS ADDRESS.
il.23B2__w_Highjoy 62
CITY AND STATE-
Fayetteville, AR
ZIP.
. 72730.
AUTHORIZED N•TURE:
c0
_
TITLE: •DA -TE:
Project Manager 2/2/99
___
_
r
___ __ _. _
•
FAYETTEVILLE CITY ADMINISTRATION BUILDING
113 WES I' MOUNTAIN STREET
RE -ROOF SPECIFICATIONS
Remove exisiting roofing and insulation down to existing decking, and
haul away all debris to an approved landfill.
Mechanically attach one layer of 4" isocyanurate insulation.
Install 45 mil. Reinforced EPDM roof system, mechanically attached,
with 7 ft. Seam spacing All seam and flashing splices to be made with
tape in lieu of adhesive.
Provide 15 year labor & material warranty from manufacturer.
Approved manufacturers include Genflex, Firestone, and Carlisle.
Replace all sheet metal items which are built into the roof system.
Existing gutter and downspouts to remain.
Provide metal covers for masonry chimneys.
All work to be coordinated with I-1VAC equipment replacement
contractor.
All bidders must attend pre-bid conference.
CITY OF FAYETTEVILLE, ARKANSAS
Tcrms and Conditions
1. All bids shall be submitted in a sealed envelope and must be submitted on forms
provided by the City.
2. The item bid and the bid number shall be stated on the face of the scaled bid envelope.
3. Bidders shall include all applicable local, state, and federal sales tax in bid. The
responsibility of payment shall remain with the successful bidder.
4 Bids received after the date and time set for receiving bids will not be considered.
5. The City reserves the right to accept or reject any or all bids, waive formalities in the
bidding and make a bid award deemed to be in the best interest of the City. The City
shall be able to purchase more or less than the quantity indicated subject to availability
of funds.
6. The bid price shall remain good and firm until project is completed.
7. All products delivered shall comply with applicable standards of quality.
8. Any exceptions to the requirements of the City of Fayetteville must be noted on the
Bid Form.
Prices shall include all labor, materials, overhead, profit, insurance, etc., to cover the
furnishing of the items bid.
10. Each bidder shall state on the face of the bid form the anticipated number of days from
the date of receipt of an order for delivery of equipment and installation to the City of
Fayetteville.
11. Copy ofthe warranty shall accompany the bid, and any exceptions to the warranty
shall be clearly noted on the bid form.
12. Bidders must provide the City with their bids signed by an employee having legal
authority to submit bids on behalf of the bidder. The entire cost of preparing and
providing responses shall be bome by the bidder.
13. The City reserves the right to request any additional information it deems necessary
from any or all bidders after the submission deadline.
14. The request for bid is not to be construed as an offer, a contract, or a commitment of
any kind; nor does it commit the city to pay for any costs incurred by bidder in
preparation of bid.
•
•
•
15. The City will not be responsible for misdirected bids. Vendor should call the
Purchasing Office at (501) 575-8289 to insure receipt of their bid documents prior to
opening time and date listed on the bid form.
16. If products and/or components othcr than those described in this bid document are
proposed, the bidder must include complete descriptive literature and technical
specifications. All requests for additional information must be received within five
working days following the request.
17. Bids must be hand delivered or received by mail in the Purchasing Office, Room 306,
113 W. Mountain Si Fayetteville, AR 72701, on or before the time of closing listed
on the face of the bid.
*18. Public improvement bids with a total of $20,000 or more shall submit certificates of
insurance within 10 days of notice of bid award. Certificates of insurance are to be
addressed to the City of Fayetteville, showing that the contractor carries the following
insurance which shall be maintained throughout the term of the bid. Any work sublet,
the contractor shall require the subcontractor similarly to provide the same insurance
coverage. In case any employee engaged in work on the project is not protected under
Workers' Compensation, the Contractor shall provide, and shall cause each
subcontractor to provide, adequate employer's liability insurance for the protection of
such of his employees as are not otherwise protected.
Workers' Compensation:
Comprehensive General & Automotive Liability:
Property Damage Liability:
Statutory Amount
$250,000 each person.
$500,000 aggregate.
$100,000 aggregate.
*19. Public improvement bids with a total of $20,000 or more require a 5% bid bond and if
awarded, a 100% performance and payment bond to be submitted before notice to
proceed is given.
*20. Public improvement bids exceeding $20,000 or more require a contractor's license.
*21. The City shall pay Contractor based on unit prices indicated in contractor's bid
proposal. Progress payments will be made after approval and acceptance of work and
submission of invoice. Payments will be made approximately 30 days after rcceipt of
invoice.
*-)2. Contractor shall not assign his duties under the terms of this agreement. All work
shall be coordinated directly with the Project Manager, or their designee.
*Applies 10 construction public improvement projects only, unless otherwise noted.
•
CONTRACT
This contract executed this day of 1999,
between the City of Fayetteville, Arkansas, hereinafter called the
City, and Franklin A, Sons
hereinafter called the Contractor, and having an address at
12382W. HWY 62 Farmington, AR 72730
In consideration of the mutual covenants contained herein, the
parties agree as follows:
1. The Contractor at his own cost and expense shall furnish all
labor, materials, supplies, machinery, equipment, tools,
supervision, bonds, insurance, tax permits, and all other
accessories and services necessary to complete items bid per
bid 99-30 as stated in CONTRACTOR'S PROPOSAL, and in
accordance with specifications attached hereto and made a part
hereof under Bid #99-30, all included herein as if spelled out
word for word.
2 The City shall pay the Contractor based on prices indicated in
Contractor's Proposal. Progress payments will be made 30 days
after approval and acceptance of work and submission of
invoice. Amount of contract not to exceed $ 33,079.00
3 The Contract documents which comprise the contract between the
City and the Contractor consist of this Contract and the
following documents attached hereto, and made a part hereof:
A. Bid form identified as Invitation to Bid 99-30 with the
specifications and conditions typed thereon.
B. The Contractor's proposal.
C. The Notice to Prospective Bidders and the Bid Tabulation.
4 These Contract documents constitute the entire agreement
between the City and the Contractor and may be modified only
by a duly executed written instrument signed by the City and
the Contractor.
5 Contractor shall not assign his duties under the terms of this
agreement.
6 Contractor agrees to hold the City harmless and indemnify the
City, against any and all claims for property damage, personal
injury or death, arising from Contractor's performance of this
contract. This clause shall not in any form or manner be
construed to waive that tort immunity set forth under Arkansas
Law.
7. The Contractor shall furnish a certificate of insurance
addressed to the Owner, showing that he carries the following
insurance which shall be maintained throughout the term of the
Contract. Any work sublet, the contractor shall require the
subcontractor similarly to provide worker's compensation
insurance. In case any employee engaged in work on the
project under this contract is not protected under Worker's
Compensation Insurance, the Contractor shall provide and shall
cause each Subcontractor to provide adequate employer's
liability insurance for the protection of such of his
employees as are not otherwise protected.
WorkersCompensation Statutory Amount
Comprehensive General &
Automobile Insurance
Bodily Injury Liability
Property Damage Liability
$250,000 for each person
injured.
$500,000 for each
accident.
$250,000 for each
accident.
$500,000 aggregate.
The premiums for all insurance and the bond required herein shall
be paid by the Contractor.
8. If contract exceeds $20,000, Contractor agrees to furnish a
Performance Bond, approved by the City, guaranteeing the
performance of this contract, for not less than one hundred
percent of the amount of this contract. Said performance bond
shall be conditioned on full and complete performance of this
contract and acceptance by the City of Fayetteville for the
payment of all labor and materials entering into or incident
to the proposed improvements. The Contractor agrees to
furnish proof of licensure as required under the terms of Act
150 of the 1965 Acts of the Arkansas Legislature.
9. Contractor agrees to begin work within ten (10) days of notice
to proceed and complete the work within 30 calendar days
thereafter. Liquidated damages of $100 per day shall be
assessed at the option of the City, not as a penalty,
beginning on the first day following the completion time to
cover additional costs.
10. All work called for herein shall be coordinated directly with
the Project Manager or their designee, at 575-8361.
11. This contract may be terminated by the City with 10 days
written notice.
12. Contractor shall be responsible for meeting compliance with
ADA regulations.
WITNESS OUR HANDS THIS r."41.3 DAY OF /17;464 , 1999.
ATTEST: CITY CLERK
A'AnA;ar4 A9g94,
ATTEST: SECRETARY
CITY OF FAYETTEVILLE,
FAYETTEVILLE, ARKANSAS
BY
FIRM NAME
NAME AND TITLE
rept) f..„ A
rat.. "rde H el,>)3.0
BUSINES ADDRESS
STAFF REVIEW4FORM
XX AGENDA REQUEST
CONTRACT REVIEW
GRANT REVIEW
For the Fayetteville City Council meeting of March 161 1999
FROM
liar.-Q10--adthnatl
Name
facilities Superintendent 410.1111111.aratile_aeat_S
Division Department
ACTION REQUIRED:Award of bid to Ranklin & Sons, low bidder, to reroof the City
Administration Building and approve a 10% contingency.
COST TO CITY:
/- 36,387
Cost of this Request
4470-9470-5804-00
Account Number
96028
Project Number
$ 350,000
Category/Project Budget
Building Improvements
Category/Project Name
Funds Used To Date Program Name
$ 350/000
Remaining Balance
Sales Tax Capital
Fund
Budget' Coordinator
XX Budgeted em
Budget Adjustment Attached
Administrative Services Director
CONTRACT/GRANT/LEASE
Acc2ting/Ma
C y A orney
t o
REVIEW:
Date
071
Dad
3-1 -A 1
Purchasing Officer Date
GRANTING AGENCY:
7 si7.4
&knit YieCO 02-026 - 9?
I ternal Audit° Date
ADA
Coordinator Date
STAFF RECOMMENDATION:Staff
recommends
approval • 10% contingency.
•lvxs on ad c2t e hA)
Department D'rector
(\
Date
LAA,-- laR91
,
Administ tive Services Director Date
Mayor' 4,4ehntie
Mayo Date
award of
bid to Franklin & Son and
Cross Reference
New Item: Yes No
Prey Ord/Res ft:
Orig Contract Date:
A:\AGENDA.BLK
•
STAFF MIDI MS
Description
Comments:
Budget Coordinator
Accounting Manager
City Attorney
Purchasing Of[icer
ADA Coordinator
Internal Auditor
Refererce aliments:
Meeting Date
Page 2
FAYETTEVILLE
THE CITY Of FAYETTEVILLE, ARKANSAS
DEPARTMENTAL CORRESPONDENCE
tkr?j cleit
To: Harold Dahlinger, Building Maintenance
From: Heather Woodruff, City Clerk
Date: March 31, 1999
Attached is a copy of resolution awarding Bid 99-30 with Franklin and Sons for the re -roofing of
the City Administration Building. I am also returning one original contract for you to distribute.
Your purchase requisition has been forwarded to the Internal Auditor. The original will be
microfilmed and filed with the city clerk.
cc. Internal Auditor
file
ACORD
•
no CERTIFICATE OF LIABILITY
DATE (MMODNY)
k) .
INSURANCE • • 05/04/1999
PRODUCER (501)521 7800 FAX (501)521-8617
McNair & Associates
P.O. Box 819
201 N. East Ave.
Fayetteville, AR 72702-0819
Attn: Brian Yandell Ext:
INSURED
Franklin & Son Inc
12382 W Highway 62
Farmington, AR 72730
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION
ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE
HOLDER, THIS CERTIFICATE DOES NOT AMEND, EXTEND OR
ALTER THE COVEFtAGE AFFORDED BY THE POLICIES BELOW. 4
COMPANIES AFFORDING COVERAGE ,1•41
COMPANY Valley Forge Insurance Co n
A Al
Transportation Insurance Co
compowv C
B
- • • i
1 COMPANY Transcontinental Insurance Co two
c
r
COMPANY
D 3
COVERAGES
THIS
INDICATED.
CERTIFICATE
EXCLUSIONS
COPOUCY
LTR
IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE
NOTWITHSTANDING ANY REQUIREMENT. TERM OR CONDITION OF
LI
BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD
t
ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS
THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,
BEEN REDUCED BY PAID CLAIMS
EFFECTIVE POLICY EXPIRATION LIMITS
(MWDDYY) DATE (MWDONY)
MAY BE ISSUED OR MAY PERTAIN. THE INSURANCE AFFORDED BY
AND CONDITIONS OF SUCH POLICIES LIMITS SHOWN MAY HAVE
TYPE OF INSURANCE POLICY NUMBER DATE
GENERAL LIABILITY GENERAL AGGREGATE 1 2000000
COMMERCIAL GENERAL LABILITY PRODUCTS . COMP/OP AGO $ 1000000
CLAIMS MADE OCCUR PERSONAL & ADV INJURY $ 1000000
• C202338587 05/01/1999 05/01/2000 f
OWNERS & CONTRACTOR'S PROT I EACH OCCuRREHCE6 $ 10 0 0 0 0 0
• FIRE DAMAGE (Any ane foe) $ 50000
MED EXP (Any Ale Fence) $ 5000
AUTOMOBILE LIABILITY
COMBINED SINGLE LIWT $
ANY AUTO
ALL OWNED AUTOS BODILY INJURY
SCHEDULED AUTOS (Per penlorg
C102274589 05/01/1999 05/01/2000 I
HIRED AUTOS BODILY INJURY $
NON -OWNED AUTOS (Per 'cadent)
PROPERTY DAMAGE $
. GARAGE
LIABILITY
ANY AUTO
AUTO ONLY - EA ACCIDENT
OTHER THAN AUTO ONLY
EACH ACCIDENT'
AGGREGATEIS
$
$ _
. . .
EXCESS LIABILITY EACH OCCURRENCE
UMBRELLA FORM AGGREGATE
. .
' OTHER THAN UMBRELLA FORM 1 IS
$
$
WC STATIJ. . OT -4.
WORKERS COMPENSATION AND TORY LIMITS ER
EMPLOYERSwarn F I. F.ACH ACCIDENT $ 500000
C WC120631526 05/01/1999 05/01/2000
THE PROPRiETOFU INCL EL DISEASE -POLCY umiT $ 500000
PARTNERS/EXECUTIVE
OFFICERS ARE: EXCL EL DISEASE -EA EmPLOYEE $ 500000
OTHER
DESCRIPTION OF OPERATIONS/LOCATIONS/YE CLE$JSPECIAI ITEMS
CERTIFICATE HOLDER
CITY OF FAYETTEVILLE
113 WEST MOUNTAIN ST
FAYETTEVILLE, AR 72701
ACORD 254 (1/95)
CANCELLATION
SHOULD ANY OF THE ABOVE
EXPIRATION DATE THEREOF.
10 DAYS WRITTEN
DESCFUBED POLICIES BE CANCELLED BEFORE THE
THE ISSUING COMPANY MU ENDEAVOR TO AUJL
NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT.
1.LOTtL1110€44E140 OBLNIATION OR LIABILITY
460aBabilltStIVES.
BUT FAILURE2/cSUL
OF ANY KIND
AUTHORIZED REPRESEN
/
i
ORD CORPO
unalt.g-Kg-iiskattigerig
•Fl•PEMAN S FUND iNSURANCE COMPANY
'*
0 THE AMERICAN INSURANCE COMPANY
0 NATIONAL SURETY CORPORATION
Fifinums FUND 0 ASSOCIATED INDEMNITY CORPORATION
DISUMUCCE COMPJUGES 0 AMERICAN AUTOMOBILE INSURANCE COMPANY
Franklin & Son, Inc.
dai ki
• ft,
ARKANSAS STATUTORY PERFORMANCE
AND PAYMENT BOND
dB Principal, hereinafter called Principal and The American Insurance Company
as Surety,
hereinafter called Surety, are held and firmly bound unto
Fayetteville, AR 72701
City of Fayetteville, 115 S Church,
as Obligee, hereinafter called Owner, in the amount of
Thirty Three Thousand Seventy Nine
and no/100
Doan (s 33,079.00
For the payment whereof Principal and Surety bind themselves, their heirs, personal representatives. successors and assigns. jointly and severally. firmly by
these presents.
Principal has by written agreement dated
entered into a contract with Owner for re -roofing City Administration Bldg, Fayetteville,
Arkansas
which contract is by reference made a part hereof. and is hereinafter referred to as the Contract
This condition of this obligation is such that 11 the Principal shall faithfully perforni the Contract on his part and shall fully indemnify and save harmless the
Owner from all cost and damage which he may suffer by reason of failure so to do and shall fully reimburse and repay the Owner all outlay and expense which
the Owner may incur in making good any such default. and, further, that if the Principal shall pay all persons all indebtedness for labor or materials furnished
or performed under said contract failing which such persons shall have a direct right of action against the Principal and Surety jointly and severally under
this obligation, subject to tho Owner's priority. then this obligation shall be null and void; otherwise it shall remain in full force and effect.
No suit, action or proceeding shall be brought on this bond outside the State of Arkansas. No suit. action or proceeding shall be brought on this bond except
by the Owner after twelve months from the date final payment is made on the Cont ract, not shall any suit, action or proceeding be brought by the Owner after
two years from the date on which the final payment under the Contract falls due.
Any alterations which may be made in the terms of the Contract. or in the work to be done under it. or the giving by the Owner of any extension of time for the
performance of the Contract, or any other forbearance on the part of either the Owner or the Pnncipal to the other shall not in any way release the Principal
and the Surety or Sureties, or either or any of them. their heirs. personal representatives. successors or assigns from their liability hereunder, notice to the
Surety or Sureties of any such alteration, extension or forbearance being hereby waived.
In no event shall the aggregate liability of the Surety exceed the sum set out herein.
F.xecuted on this 15th
day of April
71, 7:72EBT3
- APR 1 9 1999
360308-10-8?
By
1999
Fra klin & Son, Inc.
Ca6
Principal
X"( )47Sa21
FIREMAN'S FUND INSURANCE COMPANY
NATIONAL SURETY CORPORATION
THE AMERICAN INSURANCE COMPANY
ASSOCIATED INDEMNITY CORPORATION
AMERICAN AUTOMOBILE INSURANCE COMPANY
GENERAL POWER OF ATTORNEY
KNOW ALL MEN BY MESE PRESENTS: That FIREMAN'S FUND INSURANCE COMPANY. a California narration. NATIONAL SURETY CORPORATION,
r Illinois concretion. THE AMBUCAN INSURANCE COMPANY. a New Jersey corporation redomeuiceted in Nebraska ASSOCIATED INDEMNITY
CORPORATION. a California corporation. ard AMERICAN AUTOMOBILE INSURANCE COMPANY. a Minor conoration. (herein collectively called lhe
Companies-) dews each hereby appoint JOHN A, MCNA IR , MARK R. MCNAIR, BRIAN YAND ELL , RAY ETTEV ILL E AR
dick( snd lawful Anorney(s)-in-Fact with full power of amhorits hereby conferred in their narne. place and stead. to execute. seal. acknowledge and deliver any and all
toads. undenakings. recognizance% or mho %Timm obligations in the nature themsf
and to bind the Companies thereby es fully *14 10 the same extent as if such ta* were signed by the Resident. sealed with the caporate seals of the Companies and duly
maned by the Companies' Secretary. hereby ratifying and confirming all dun the said Atiotney(sFin-Fect may do in the premises.
This wan auctme-/ is granted under and by re amScrity cf Antes VII cf the By-trie. of FIREMAN'S FUND INSUP_ANCE COMPANY. NATIONAL SURETY
CORPORATION. THE AMERICAN INSURANCE COMPANY. ASSOCIATED INDEMNITY CORPORATION and AMERICAN AUTOMOBILE INSURANCE
COMPANY which 'envisions we now in full force and effect.
This pawn of attorney is signed and sealed under the ainhonty of the following Resolution adopted by the Baud of Directors of FIREMAN'S FUND INSURANCE
COMPANY. NATIONAL SURETY CORPORATION. THE AMERICAN INSURANCE COMPANY. ASSOCIATED INDEMNITY CORPORATION arid AMERICAN
AUTOMOBILE INSURANCE COMPANY w a meting duly called and held, or by written consent. on the 19th day of March. 1995. and said Resolution has not ken
amended or repealed:
RESOLVED. that the signanne of any Vice-Pnesidem. ASSiStrl Sircresmy. and Resident Anistani Searaary of the Companies. and the seal of the
Companies may be affixed or pnnted on any power of enemy. on ally revocation of any parr of anorney. or on any andicate relining thento. by
facsimile. and any power of attorney. any moron of any power °fanny. or cenificate busing such factinsik signature cc facsimile seal shall be
valid and binding upon the Companies."
this 94 day of
IN WTTNE,SS WHEREOF. the Compaarlunies Ire caused theitypyres to be signed by their Vice -Presider and reit cermet seals to be
J a r y
STATE OF CALIFORNIA
COUNTY OF MARIN
By
FIREMAN'S FUND INS
NATIONAL SUR
THE AMERICAN INS
MATED R4
UTOMOBILE INS
WePteuden
o affixed
COMPANY
RPORATION
COMPANY
CORPORATION
CE COMPANY
Quits 7R day of .Tartuary . S before me personally came Plyfrato Al inges-ii to me known.
yr. bung by me duly sworn. did depose and say thu be ti a Vice Resident Meech compury. descnbed in and which executed the above wont that be knows the
seals ate said Companies; that the seals affixed to the said instnurent are acts company seer dtst they wen soaffixed by order of the Board of Directors of said camases
rd dtat he signed his nine theieto by hke order.
IN WITNESS WHF-REOF, I
Judy K. Bechtold c
comm. 01009437
NOTARY PUBLIC - CAUFORN113
SONOw. COUNTY
Comm. Exp June 2, 2000
the day and year herein fiat above written.
commie OF MARIN
STATE OF CALIFORNIA I
es.
1.
the undenigned. Resident Assistant Seminary of each company. DO HEREBY CERTIFY that die f and attached POWER OF ATTORNEY rennin in fun kat
and has not been rented; and furirmore that Article VII of the By -Ian of each commily, and the iron of ttw Board of
ntinicr
we now m fen
Signed and seakd die Cconty of Marin. Dated die 6A--- day of
M0791-11-98
if.clertine
L)f\c
APR 1 9 1999 Li
Lha.40•4;a2n179CAMistri"-
MSS= Away Sawa"
ACORD
ns CERTIFICATE
OF LIABILITY
FAX (501)521 8617
Ext •
1
INSURANCE DATE (MWDO(TY)
o 04/15/1999
PRODUCER (501)521 7800
McNair & Associates
P.O. Box 819
201 N. East Ave.
Fayetteville, AR 72702-0819
Attn:
INSURED
Franklin & Son Inc
12382 W Highway 62
Farmington, AR 72730
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION
ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE
HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR
ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW.
COMPANIES AFFORDING COVERAGE
COMPANy Valley Forge Insurance Co
A
COMPANY C N A
B
COMPANY Transportation Insurance Co
C
COMPANY Transcontinental Insurance Co
D
COVERAGES
THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD
INDICATED. NOTWITHSTANDING ANY REQUIREMENT. TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WTH RESPECT TO WHICH THIS
CERTIFICATE MAY BE ISSUED OR MAY PERTAJN. THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS.
EXCLUSIONS AND CONDITIONS OF SUCH POLICIES LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS
CO POUCY EFF EC nvE POLICY EXPIRATION
TYDE OF INSURANCE POLICY NUMBER UMITS
L TR DATE (MWODNY) DATE (MM/DD/TY)
GENERAL UABIUTY GENERAL AGGREGATE
X . COMMERCAL GENERAL LABILITY PRODUCTS • COMPsOP AGG
CLAIMS MADE X 0CCURC202338587 05/01/1998 05/01/1999 PERSONAL & ADV INJURY
A
OwNERS IL CONTRACTORS PROT EACH OCCURRENCE
FIRE DAMAGE (Any one ke)
MED EXP (Any one persCsi)
1 $ 2000000
, $ 1000000
! $ 1000000
I $ 1000000
$ 50000
$ 5000
AUTOMOBILE LIABILITY
COMBINED SINGLE LIMIT $
X . ANY AuTO 1,000,000
t
ALL OWNED AUTOS BODILY INJURY . S
SCHEDULED AUTOS (Per penon)
B , 102274589 05/01/1998 05/01/1999 I
A HIRED AUTOS BODILY INJURY : S
X NONOWNED AUTOS (Per act:Cent)
I
PROPERTY DAMAGE . S
GARAGE LIABILITY AUTO ONLY - EA ACCIDENT • S
•
ANY AUTO OTHER THAN AUTO ONLY:
EACH ACCIDENT $
EACH
AGGREGATE $
EXCESS LIABILITY EACH OCCURRENCE $ 5,000,000
C X UMBRELLA FORM C174908392 05/01/1998 05/01/1999 AGGREGATE $
OTHER THAN UMBRELLA FORM $
WC SIAM- OTR.
WORKERS COMPERSATON AND TORY LIMITS ER
EMPLOYERSLIABILITY EL EACH ACCIDENT $ 500000
D WC120631526 05/01/1998 05/01/1999 P P '
THE PROPRIETOR/ INCL. EL DISEASE - POLICY LIMIT $ 500000
PARTNERS/EXECUTIVE
OFFICERS ARE EXCL EL DISEASE. EA EMPLOYEE $ 500000
OTHER
DESCRIPTION OF OPERATIONS,LOCATIONSIVEHICLES/SPECIAL ITEMS
CERTIFICATE
CITY
113
FAYETTEVILLE,
ACORD 25-S
HOLDER
i
LIU
OF FAYETTEVILLE
WEST MOUNTAIN ST
A
O
TgaJMICTMCii
APR 1 9 1999 Li
CANCELLATION
SHOULD ANY OF THE ABOVE DESCRIBED POUCIES
EXPIRATION DATE THEREOF, THE ISSUING COMPANY
10 DAYS WRITTEN NOTICE TO THE CERTIFICATE
BE CANCELLED BEFORE THE
WILL ENDEAVOR TO MAIL
HOLDER NAMED TO THE LEFT,
SENOOBUGijIONORLIA8IUTY
OR REPRES ATIVES.
BUT FAILURE TO MAIL SUCH NOTICE SHALL I
OF ANY KIND UPON THE COMPANY. ITS AG
AUTHORIZED REPRESENTATIVE
Brian Yandell/PAT
AR 72/01
(1/95)
@AC
CORPOFtATIO 1988
s.
• FIREMAN S FUND INSURANCE COMPANY
•
• THE AMERICAN INSURANCE COMPANY
• NATIONAL SURETY CORPORATION
mums rumD ASSOCIATED INDEMNITY CORPORATION
DOURIUCE CtIMPAIIIESD AMERICAN AUTOMOBILE INSURANCE COMPANY
We. Franklin & Son, Inc
F9.17 ..1.09. PS. 42-9,
ARKANSAS STATUTORY PERFORMANCE
AND PAYMENT BOND
as Principal. hereinafter called Principal and The American Insurance Company
as Surety.
1
hereinafter called Surety, are held and firmly bound unto
Fayetteville AR 72701
City of Fayetteville, 113 W Mountain Street,
T
as Obligee, hereinedter called Owner, in the amount ofhirty Three Thousand, Seventy Nine and no/100
3
Pollan ($3,079.00
for the payment whereof Principal and Surety bind themselves, their heirs, personal representatives, successors and assigns. jointly and severally. firmly by
these presents.
Principal has by written agreement dated
entered into a contract with Owner for
partial reroofing of the Fayetteville City Administration
Building Contract 11703, Purchase Order 99-0001467-001
which oontract is by reference made a part hereof. and is hereinafter referred to as the Contract.
This condition of this obligation is such that if the Principal shall faithfully perform the Contract on his part and shall fully indemnify and save harmless the
Owner from all cost and damage which he may suffer by reason of failure so to do and shall fully reimburse and repay the Owner all outlay and expense which
the Ovmer may incur in making good any such default, and, further, that if the Principal shall pay all persons all indebtedness for labor or materials furnished
or performed under said contract failing which such persons shall have a direct right of action against the Principal and Surety jointly and severally under
this obligation, subject to the Owner's priority, then this obligation shall be null and void; otherwise it shall remain in full force and effect.
No suit. action or proceeding shall be brought on this bond outaide the State of Arkansas. No suit, action or proceeding shall be brought on this bond except
by the Ownerafter twelve months from the date final payment Is made on the Contract, not shall any suit. action or proceeding be brought by the Owner after
two years from the date on which the final payment under the Contract falls due.
Any alterations which may be made In the terms of the Contract. or in the work to be done under it or the giving by the Owner of any extension of time for the
performance of the Contract. or any other forbearance on the part of either the Owner or the Principal to the other shall not in any way release the Principal
and the Surety or Sureties, or either or any of them, their heirs, personal representatives, successors or assigns from their liability hereunder. notice to the
Surety or Sureties of any such alteration, extension or forbearance being hereby waived.
In no event shall the aggregate liability of the Suret-y exceed the sum set out herein.
Executed on this 25th day of June 19 99
360308-10-87
FRANKLIN & SON, INC.
By C2fret4424 4.001a
berwsztpai
Gary Atearman, Prdsident
THE A RICAN 4NSURANCE CIMPANY
411144 Brian Yand 11, Attorney-in-fact
By
• . .
FIREMAN'S FUND INSURANCE COMPANY • .
- • . .
NATIONAL SURETY CORPORATION ASSOCIATED INDEMNITY CORPORATION
THE AMERICAN INSURANCE COMPANY AMERICAN AUTOMOBILE INSURANCE COMPANY
GENERAL POWER OF ATTORNEY
KNOW ALL MEN BY THESE PRESENTS: That FIREMAN'S FUND INSURANCE COMPANY. a Califomia cap:ration. NATIONAL SURETY CORPORATION.
an Illinois corporation THE AMERICAN INSURANCE COMPANY. a Nevi Jersey corporation redomesticated in Nelwaska. ASSOCIATED INDEMNITY
CORPORATION. a Cali(omia corporate. and AMERICAN AUTOMOBILE INSURANCE COMPANY. a Missimai oceporation Onto collectively called -the
Companies-) dca each hereby appoint JOHN A. MCNAIR, MARK R. MCNAIR, BRIAN YANDELL, FAYETTEVILLE AR
their out and lawful Anamey(O-in•Fact. vnth full cower of intros hereby content in their name. place and acad. to executes seal. acknowledge and deliver any and all
bonds. undenakings. recognizance" or abet %TM= obligation m the moire thaeof
and to bind the Companies thereby as fully and to the same extent as if such bonds were signed by the President. sealed with the cavity( seats of the Companies and duly
*nested by the Companies' Secretary. hereby =dying and confirming all that the rad Attomey(sl-in•Fact may do in the genuses.
This power of snotty is grimed under and by the nitharity of Anicle VII of the By•laws of FIREMAN'S FUND INSURANCE COMPANY. NATIONAL SURETY
CORPORATION. THE AMERICAN INSURANCE COMPANY. ASSOCIATED INDEMNITY CORPORATION and AMERICAN AUTOMOBILE INSURANCE
COMPANY which provisions are stow in full force and effect •
This power of attorney is signed and sealed under the authccity of die folkowing Resolution adopt by the Board of Directors of FIREMAN'S FUND INSURANCE
COMPANY. NATIONAL SURETY CORPORATION. 711E AMERICAN INSURANCE COMPANY. ASSOCIATED INDEMNITY CORPORATION and AMERICAN
AUTOMOBILE INSURANCE COMPANY a a meeting duly called and held. or by written consent. on the 19th day of Mant 1995. and said Resolution hn not ten
wended or mreakd:
"RESOLVED. that the signature of any Vice -President Assistant Secretary. and Resident Assistant Secretwy of the Companies. and the seal of the
Companies may be affixed or minted on arry power of testy. on any mutton of any gower of warty. or cc any certificate relating trio. by
facsimik. and any power of =tinny, say troccetion of any poser of money. or cenificate tering such facsirnik signature or facsarnik seal shall be
valid and binding upon the Companies
dtis 216 day of
IN WITNESS WHEREOF. the Companies have caused ther9nsents to te signed by their Vice -Resident wid their ono= seals to be
January
By
STATE OF CALIFORNIA
COUNTY OF MARIN
FIREMAN S FUND INS
NATIONAL SU
THE AMERICAN INS
OCIATED INDEM
IMMOBILE INS
VS.Pieuiess
o Wiled
COMPANY
RPORAT1ON
COMPANY
CORPORATION
COMPANY
On this 1R . day of January 199a before me perscaally come FAtrer0413 4.1 in479-371 to me known.
who Sing by me duly swn did depase and say. that he is a Vete Resident of each concorns deathbed in and Mich executed the atose instrumeet; dm: be ban the
seals eddy said Ccatpanies; that the seals affixed to the said instrument in snob compaity seat that they were so affixed by artkr of the Board of Directors of said companies
and that he signed his name thereto by like oda.
IN ViTTNESS WHEREOF. I
Judy K. Bechtold
comm. $11 009437
NOTARY PUBLIC • CAUFORN
SONOMA OCONTY
Comm. Exp. June 2, 2000
STATE OF CALIFORNIA
COUNTY OF MARIN
ts
1.
the andasigned. Resident Assistant Secretary of each compluty. DO HEREBY CERTIFY diat the (aqc.ng and attached POW BT OF ATTORNEY rennin in full force
and has not been revoked; and furthermore that Ankle VII of the By-laws of each company. and the Rnoktion of the Board of Direact an forth in the Power of Aslant".
an now in fora
*a day and year herein fit above wan
Signed and wined it the County of Mtn. Dated the of
•
36079141-98
STAFF REVIEW FORM
XX AGENDA REQUEST
CONTRACT REVIEW
GRANT REVIEW
For the Fayetteville City Council meeting of March 16/ 1999
tzz
irpo tyro
FROM:
Barold Dahlinger facilities Superintendent
Name Division
t
Department
ACTION REQUIRED:Award of bid to Banklin & Sons, low bidder, to reroof the City
Administration Building and approve a 10% contingency.
COST TO CITY:
L 36,387 --
Cost of this Request
350,000
Category/Project Budget
4470-9470-5804-00
Account Number Funds Used To Date
96028
$ 350000
Project Number Remaining Balance
Building Improvements
Category/Project Name
Program Name
Sales Tax Capital
Fund
BUT3ET IEW:
Budge Coordinator
XX Budgeted flem
Budget Adjustment Attached
Administrative Services
Director
CONTRACT/GRANT/LEASE REVIEW:
Acco
Lefty ca-c,i,
Date
37/ -2
C9y Adirorney
..
Dat
Purchasing Officer Date
GRANTING AGENCY:
Lz4t)41b/n d 0,2-026- 9?
ernal Audito Date
ADA Coordinator Date
STAFF RECOMMENDATION:Staff recommends
approva •10% contingecy.
oite.
n
vis on G2te 9
Departme
Date
Admanist tive Services Director Date
Mayo
Date
award
of bid to Franklin & Son and
Cross Reference
New Item: Yes No
Prey Ord/Res #:
Orig Contract Date:
A:\AGENDA.BLK